SPECIAL NOTICE
66 -- Notice of Intent to Sole Source: Preventative Maintenance on Pyroprobe Instruments and Software - Notice of Intent and J & A
- Notice Date
- 2/16/2016
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-16-T-0061
- Archive Date
- 3/17/2016
- Point of Contact
- Marissa K Kinder, Phone: 4438614723
- E-Mail Address
-
marissa.k.kinder.mil@mail.mil
(marissa.k.kinder.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval for sole source Notice of Intent and Performance Work Statement THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE FIRM FIXED PRICE CONTRACT. The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures to CDS Analytical, Inc. 465 limestone Road P.O. Box 277 Oxford, PA 19363-0277. NAICS Code 334516; Business Size Standard 500. The following software and system maintenance will be procured for the following equipment and include the following requirments: (1) Pyroprobe System #1 (5000) S/N 386122308; Software, Pyroprobe PC Ver 2.1.56 A) The cost of the contract shall cover the following at no additional charge. a. At least two preventive maintenance visits, to include system calibration and alignment, per contract year for each instrument covered - limited to four (4) total visits per year. Additional repairs to be conducted at CDS facility in Oxford, PA. b. All parts needed to keep the instrumentation properly functioning and within manufactures specifications. Including valve seals and rebuild parts. Only new OEM (Original Equipment Manufacturer) parts shall be used for repairs. Rebuilt parts and third party parts are forbidden. Excludes quartz sample tubes, septa, glassware (if applicable), needle assembly, consumables, probe rod (platinum filament), FTIR lenses, and sorbent tubes. c. All associated labor, per diem, mileage, and other related expenses incurred by the service representatives. d. All software upgrades are to be included for all covered systems. Specifically the instrument control software. Knowledgeable telephonic support for software will be provided from 9am to 5 pm EST Monday through Friday. Must provide software media. e. The government shall be given upon request proof of competency of service personnel. This may include but is not limited to certificate of completion of authorized repair training on any or all of the equipment covered. Failure to produce proof of adequate specific training on the covered equipment will be a violation of this contract and can be used as grounds to terminate this contract. Due to new security requirements all service personnel must be US citizens. CDS Analytical Inc. is the sole source to provide the calibration and repairs because they are the manufactures of this specialized equipment and have the training and experience to perform it. CDS Analytical Inc. does not have authorized resellers or dealers. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Governments requirement. In addition, the response should include Offeror's Online Representation and Certifications Application (ORCA)--Commercial Items in accordance with FAR 52.212-3. If the offeror does not have a copy of this provision, go to Federal Procurement Data System (SAM) https://www.uscontractorregistration.com to load required information. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 12:00 P.M. Eastern Daylight Time, 26 February 2016. Responses should be submitted electronically to marissa.k.kinder.mil@mail.mil. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. TELEPHONE REQUESTS WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e81585f4a82161a67d7a61f0ec503a84)
- Place of Performance
- Address: Aberdeen Test Center 400 Colleran Road Bldg 363, Aber Prov Grd, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04020789-W 20160218/160216234450-e81585f4a82161a67d7a61f0ec503a84 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |